Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
MODIFICATION

89 -- Fresh Fruits and Vegetables

Notice Date
6/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Resale Contracting Division (PSMC) (HDEC02), Building P11200, 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC0212R0007
 
Archive Date
11/7/2012
 
Point of Contact
Cecilia A. Copeland, Phone: (804) 734-8000, ext 48864, Sheila S Norfus, Phone: (804) 734-8000 ext 8889
 
E-Mail Address
cecilia.copeland@deca.mil, sheila.norfus@deca.mil
(cecilia.copeland@deca.mil, sheila.norfus@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Added 6/27/2012 The Contractor is to provide delivery of Fresh Fruits & Vegetables (FF&V) and fresh, live potted plants in accordance with Defense Commissary Agencys (DeCA) Guaranteed Sale Potted Plant Program for resale in 36 commissaries located in Area 6, (Group 1, Group2 and Group 3) in California, Nevada, Utah and Arizona, and Hawaii that are assigned to the Defense Commissary Agencys (DeCA) West Area. Area 6 includes three groups that are geographically clustered as follows: Group 1: (10 Store Locations) Beale AFB, CA; Fallon NAS, NV; Ft. Hunter-Liggett, CA; Lemoore NAS, CA; McClellan AFB, CA; Moffett Field NAS, CA; Ord Community, CA; Travis AFB, CA; Hill AFB, UT; Dugway PG, UT. Group 2: (22 Store Locations) Barstow MCLB, CA: Camp Pendleton, CA; China Lake, CA; Davis Monthan AFB, CA; Edwards AFB, CA; El Centro NAF, CA; Ft. Huachuca, AZ; Ft. Irwin, CA; Imperial Beach, CA; Los Angeles AFB, CA; Luke AFB, AZ; March AFB, CA; Miramar MCAS, CA; Nellis AFB, NV; North Island NAS, CA; Port Hueneme NCBC, CA; San Diego NS, CA; San Onofre, CA; Twentynine Palms, CA; Vandenberg AFB, CA; Yuma MCAS, AZ; Yuma PG, AZ Group 3: (4 Store Locations) Kaneohe Bay, HI; Pearl Harbor NB, HI; Schofield Barracks, HI; Hickam, HI A single solicitation containing the three geographical groupings will be issued. Each group will be evaluated separately and each group awarded on an all or none basis. The Government anticipated the award of one contract per group resulting from this solicitation. However, it is possible that one contract may be awarded to all three groups. A Requirements Type contract is contemplated. The base period of performance shall commence approximately March 3, 2013 for 24 consecutive months plus three 12-month option periods. The SIC code is 8915 and the NAICS code is 311991 for this requirement with a size standard of 500 employees. The RFP will be released on or about July 31, 2012. This solicitation will be issued as a 100% small business set aside. Small businesses interested in submitting a proposal package may seek assistance from your local Procurement Technical Assistance Center (PTAC) or the Small Business Administration (SBA). Information on finding your local PTAC office may be located at http://www.dla.mil/db/procurem.htm. Businesses interested in seeking teaming and/or subcontracting arrangements may register as an Interested Vendor for this solicitation. Businesses may also utilize the Small Business Administration's (SBA) SUB-Net bulletin board to post sources sought notices for teaming partners and subcontractors for solicitations and future contracts. More information on SBA's SUB-Net may be found at http://web.sba.gov/subnet/. Questions or inquiries will be accepted by facsimile or email and must contain the following information: solicitation number, requestor's name and address, telephone number, and E-mail address. The facsimile number is (804) 734-8009 Pause Pause 78864, E-mail address: cecilia.copeland@deca.mil. Any requests for business information not posted should be requested under Freedom of Information Act (FOIA) guidance. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the Central Contractor Registration (CCR) database prior to award, have established Electronic Funds Transfer (EFT) capability, and must have a valid Perishable Agricultural Commodities Act (PACA) license. Further information about registration may be found on the Internet at http://www.ccr.gov. All responsible small business sources may submit a proposal, which will be considered by the above stated agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-DOMS2/HDEC0212R0007/listing.html)
 
Place of Performance
Address: Various locations, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN02787798-W 20120629/120627235516-e575bca8d0503155d4028f470ececa64 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.